SOURCES SOUGHT
66 -- Multiplex Lightweight Bio-identification with Integrated Sample Preparation
- Notice Date
- 12/10/2020 11:11:29 AM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-21-JHBI2
- Response Due
- 1/20/2021 2:00:00 PM
- Archive Date
- 02/04/2021
- Point of Contact
- Danielle M DeChaine-Morris
- E-Mail Address
-
danielle.m.dechaine-morris.civ@mail.mil
(danielle.m.dechaine-morris.civ@mail.mil)
- Description
- REQUEST FOR INFORMATION Multiplex Lightweight Bio-identification with Integrated Sample Preparation � � NAICS: 334519 (Other Measuring & Controlling Devices � Manufacturing) PSC: 6630 (Chemical Analysis Instruments) � Note: This Request for Information (RFI) is for information and planning purposes only.� This is not an Invitation for Bid or a Request for Proposal and is not to be taken as a commitment by the Government to issue an order or otherwise pay for the information solicited.� The Government shall not be liable for, or suffer any consequential damages for, any technical information (e.g., limited and/or restricted rights) submitted in response to this RFI. The US Army Contracting Command, on behalf of the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND) is seeking vendors that have the current capability to manufacture and deliver quantities of a high-confidence, multiplexed, lightweight systems (instrument and any associated consumables) for the identification of biological warfare agents (BWA).� The system must include automated and integrated sample preparation of raw biological samples. The Government does not have an available �build-to� design and is seeking bio-identification systems that are currently available. The bio-identifier the Government is seeking should meet or exceed the following physical and performance characteristics: The system should test for 14 or more BWAs in a single analytical run The system should include automated sample preparation that is integrated into the identifier such that no manual or separate preparation of the raw, liquid, biological sample is required The on-board sample preparation should be able to prepare biological organisms in water or liquid buffer solutions contaminated with dust, growth media, and various types of white powders The system should have low false-positive and false-negative rates (positive predictive value and negative predictive value should be <1.05) and a total system failure rate of less than 5%, supported by test data Where applicable, the system should include additional tests to differentiate between pathogenic and non-pathogenic species, sub-species, and strains of the same organism The system should weigh less than 8 lbs and be smaller than 480 square inches The system should have the ability to be powered by an included rechargeable battery The system should provide indicators of detection in real-time and the total analytical run time (the time from the start of the analytical run to when an answer or result is presented) of the system, including sample preparation, should not exceed 70 minutes Any consumables included in the system should be room temperature (72*F) stable for at least 6 months. The system should be able to transmit run data and results to external information technologies (e.g. � laptops, smartphones, etc.) via wired (USB) or Bluetooth����� connection � The awardee of any pursuant contract that resulted from the maturing efforts of this market research would be fully responsible for the manufacture or procurement of the bio-identification system components, assembly of components into complete systems, and packaging and shipment of the systems to the Government. The Government is especially interested in parties who have the capability to produce the bio-identification systems at an affordable cost and deliver within a short timeframe (<6 months) in lower volume quantities (<1,000 units). Interested Parties shall submit the following information to this RFI: Company name, address, business size standard for NAICS Code 334519, point of contact information (name, phone number, and email address); A brief but clear explanation of your capabilities relating to the production of this requirement, specifically addressing the physical and performance characteristics listed above along with supporting data, images, and diagrams; The average number of units/month that can currently be produced; Intended manufacturing location and maturity level of intended manufacturing capability; Rough order of magnitude (ROM) unit price of the system to include step ladder pricing for large and smaller volume quantities, as well as consumables and accessory components Partners and/or subcontractors (to include small businesses) that may be utilized to complete an effort of this degree, including a brief explanation of the capabilities they bring to your team. If small businesses are included, please indicate the percentage of the work that will be performed by small business; Description of estimated technology readiness level and/or manufacturing readiness levels; Mitigation technology(ies) and Material Safety Data Sheets (if applicable); Description of system/technology scalability if applicable; Shipping or transportation restrictions or limitations; Equipment list and user manual/instructions; Any specialized tools required to operate or set-up system; Description of required consumables, if applicable; Operating and storage temperatures and/or environmental restrictions; System shipping and operational dimensions and weights; Manufacturer production capability, include maximum and minimum production rates by month; Identify if the system is currently being used by commercial industry and/or government, provide names and/or examples of users; Warranty information for all components Any Intellectual Property rights retained for the system and components All responses to this Request for Information shall be submitted via e-mail to Danielle Dechaine-Morris, Contract Specialist, at danielle.m.dechaine-morris.civ@mail.mil by 20 January 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/53bd9bb1e17e4042a460f00aaf70830a/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Country: USA
- Record
- SN05871697-F 20201212/201210230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |